USNS MERCY (T-AH 19) FY25 MID-TERM AVAILABILITY (MTA) WITH DRY-DOCKING REQUIREMENT
ID: N3220525R4144Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMSC NORFOLKNORFOLK, VA, 23511-2313, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (WEST) (J999)
Timeline
    Description

    The Department of Defense, through the Military Sealift Command Norfolk, is seeking contractors for the Mid-Term Availability (MTA) of the USNS MERCY (T-AH 19), which includes a dry-docking requirement estimated to commence around August 15, 2025, lasting for approximately 122 days. The procurement involves various maintenance tasks such as general ship services, equipment replacement and upgrades, inspections, structural repairs, and dry-docking, all to be performed at a West Coast contractor facility. This opportunity is critical for maintaining the operational readiness of the USNS MERCY, a vital asset in the Navy's fleet. Interested contractors must submit their capabilities by October 31, 2024, and are encouraged to review the attached Non-Disclosure Agreement (NDA) to ensure compliance with data protection requirements. For further inquiries, contact Benjamin Brackett at benjamin.b.brackett.civ@us.navy.mil or Colin Edick at colin.j.edick.civ@us.navy.mil.

    Files
    Title
    Posted
    The Military Sealift Command Norfolk issued a Sources Sought Notice for the USNS MERCY (T-AH 19), seeking contractors for a Mid-Term Availability (MTA) that includes a dry-docking period estimated to begin around August 15, 2025, lasting for 122 days. Work will occur at a West Coast contractor facility. The document outlines several anticipated maintenance tasks, including general ship services, equipment replacement and upgrades, inspections, structural repairs, and dry-docking. Interested parties are encouraged to demonstrate their experience in similar projects. The procurement falls under NAICS Code 336611, Ship Building and Repair, with a small business size standard of 1,300 employees. Responses should indicate whether the firm is classified as a small business, and if so, which specific categories apply. Interested contractors must submit their capabilities before the deadline of October 31, 2024. Participation in this notice is optional and will not incur government compensation, but serves to inform the government of available shipyard resources for future bidding opportunities.
    This document outlines a Non-Disclosure Agreement (NDA) concerning access to technical data related to the USNS MERCY (T-AH 19) for the Offeror. The agreement specifies that the Offeror will use this data solely for preparing their proposal in response to solicitation N3220525R4144 and for contract performance if awarded. Key obligations include compliance with distribution restrictions, export controls, and organizational safeguards to prevent unauthorized access. The Offeror must not reproduce or disseminate the data and must disclose identified subcontractors who will also adhere to similar NDA terms. Upon completion of contract work or an award to another entity, the Offeror agrees to return or destroy all data copies and certify this action. Additionally, the document emphasizes the responsibility of the Offeror to assist the Government in managing unauthorized disclosures and to cover associated recovery costs. This NDA is critical for ensuring the protection of sensitive government data within the framework of federal contracting and compliance with regulations surrounding controlled unclassified information.
    Lifecycle
    Similar Opportunities
    USNS MEDGAR EVERS LAY BERTH AND SHIP REPAIR
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command (MSC) Norfolk, is seeking contractors for the USNS Medgar Evers lay berth and ship repair project. The procurement involves providing facilities, services, labor, and materials necessary for the vessel's long-term maintenance, including preventive maintenance, industrial assistance, planning, material procurement, and execution of repair activities. This opportunity is crucial for maintaining the operational readiness and national security capabilities of the vessel, which will be stationed on the US East, Gulf, or West Coast. Interested small businesses are encouraged to reach out to primary contact Damian Finke at damian.w.finke.civ@us.navy.mil or 564-226-1277, or secondary contact Grant Sivertson at grant.t.sivertson.civ@us.navy.mil for further details.
    Synopsis - USNS YUKON ROH/DD
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command (MSC) Norfolk, is seeking proposals for the regular overhaul and dry docking of the USNS YUKON (T-AO 202). The contract will require the contractor to prepare for and accomplish the specified work in accordance with the work item package, with the anticipated performance period set from November 4, 2024, to January 17, 2025, at the contractor's facility located within the continental United States (CONUS). This procurement is crucial for maintaining the operational readiness and safety of the vessel, which plays a vital role in supporting naval operations. Interested parties can access the solicitation, expected to be released around September 2, 2024, through the Procurement Integrated Enterprise Environment Solicitation Module, and should direct any inquiries to Marcin Krauze at marcin.krauze.civ@us.navy.mil or Christopher Ward at christopher.s.ward1.civ@mail.mil.
    FORD-class Dry Docking Capability Request for Information
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Program Executive Office Industrial Infrastructure (PEO II), is seeking information regarding the construction and operation of a FORD-class dry docking capability on the West Coast of the United States, specifically in California, Oregon, Washington, or Hawaii. The Navy aims to establish a dry dock that can accommodate FORD-class aircraft carriers and other Navy vessels for scheduled maintenance and emergent repairs, with specifications including a length of 1,210 feet, a width of 210 feet, and a docking displacement of 100,000 long tons. This initiative is crucial for enhancing the Navy's maintenance capabilities and may involve a public-private partnership where a commercial entity would build, own, and operate the dry dock, while also allowing for commercial use when not servicing Navy vessels. Interested parties are encouraged to submit their responses and inquiries to Majella Stevenson at majella.d.stevenson.civ@us.navy.mil or Anthony O'Rourke at anthony.c.orourke.civ@us.navy.mil, with no specific deadline mentioned for submissions.
    USS HERSHEL WOODY WILLIAMS (ESB 4) LAY BERTH AND SHIP REPAIR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through MSC Norfolk, is seeking contractors for the USS Hershel Woody Williams (ESB 4) lay berth and ship repair project. The contractor will be responsible for providing facilities, services, labor, and materials necessary for the vessel's long-term maintenance, including preventive maintenance, planning, material procurement, and execution of repair activities. This procurement is critical for maintaining the operational readiness and national security of the vessel, which will be stationed on the US East, Gulf, or West Coast. Interested parties can contact Damian Finke at damian.w.finke.civ@us.navy.mil or by phone at 757-443-0885 for further details.
    93-day Dry Cargo Time Charter
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is seeking proposals for a 93-day Dry Cargo Time Charter for a vessel capable of transporting hazardous materials. The procurement requires a U.S. or foreign-flagged self-sustaining vessel with a minimum capacity of 597 TEUs and a laden speed of 13 knots, compliant with HAZMAT regulations. This contract is crucial for maintaining operational readiness in maritime logistics, particularly for the transportation of hazardous materials, with the charter period set to commence on December 9, 2024. Interested parties must submit their proposals by October 28, 2024, and can contact Tiffany Gallon at tiffany.gallon@navy.mil or 757-341-7279 for further information.
    USNS PREVAIL (TSV-1) DPMA- Synopsis
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the execution of the USNS Prevail (TSV-1) Drydock Phased Maintenance Availability (DPMA) in Portsmouth, VA. The availability will include hull gauging and repairs, as well as electrical, mechanical, piping, and structural repairs. Offerors must possess a valid Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for the award. This is a total small business set-aside procurement with a Firm Fixed Price arrangement. The contract will be awarded based on technical, past performance, and price evaluation factors. The place of performance is restricted to the Norfolk, VA homeport area. The complete proposal request (RFP) Package will be available for download on SAM.gov around August 1, 2023. For more information, contact Kiana Hamilton at kiana.hamilton@navy.mil.
    USCGC SAGINAW (WLIC-803) DRYDOCK AVAILABILITY FY2025
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide drydock maintenance services for the USCGC SAGINAW (WLIC-803) during fiscal year 2025. The procurement involves comprehensive labor, materials, and equipment to perform approximately 71 specific work items, including inspections, cleaning, preservation, and repairs of various vessel components, all to be conducted at the contractor's facility. This maintenance is crucial for ensuring the operational readiness and longevity of the cutter, which serves vital functions in the Coast Guard's mission. Interested parties must submit their capability information by 8:00 AM Pacific Time on November 1, 2024, to the designated contacts, Ou Saephanh and Diego Avila, with the performance period scheduled from March 25, 2025, to June 2, 2025.
    DRY DOCK (DD): USCGC ROLLIN FRITCH DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry dock repairs of the USCGC Rollin Fritch (WPC 154) scheduled for fiscal year 2025. The procurement involves comprehensive inspection and maintenance tasks, including work on the propulsion shafting system, hull plating, and various assemblies, all while adhering to safety and environmental standards. This contract is crucial for maintaining the operational capabilities of the Coast Guard's fleet, ensuring the vessel's structural integrity and compliance with federal regulations. Interested small businesses must submit their proposals by November 22, 2024, and can contact Kurt Hoyer at kurt.e.hoyer@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil for further details.
    FY25 USS HARPERS FERRY (LSD 49) Selected Restricted Availability (SRA)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the FY25 USS HARPERS FERRY (LSD 49) Selected Restricted Availability (SRA), which encompasses maintenance, modernization, and repair services. This contract requires a highly capable contractor with substantial facilities and human resources to effectively manage and integrate multiple areas of ship maintenance and repair, specifically for the West Coast. The solicitation is issued electronically via PIEE, and interested offerors must monitor the PIEE/SAM.gov page for updates and amendments, with key attachments available upon request from the designated contacts. For further inquiries, potential bidders can reach out to Contract Specialist James Thomas at james.c.thomas118.civ@us.navy.mil or Contracting Officer Brian Han at brian.s.han3.civ@us.navy.mil.
    USNS LEWIS AND CLARK LAY BERTH AND SHIP REPAIR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Military Sealift Command (MSC) Norfolk, is soliciting proposals for the USNS Lewis and Clark lay berth and ship repair project. The contractor will be responsible for providing facilities, services, labor, and materials necessary for the vessel's long-term maintenance, including preventive maintenance, planning, material procurement, and execution of repair activities. This procurement is critical for maintaining the operational readiness and national security capabilities of the vessel, which will be stationed on the US East, Gulf, or West Coast. Interested small businesses are encouraged to reach out to primary contact Damian Finke at damian.w.finke.civ@us.navy.mil or 564-226-1277, or secondary contact Cameron Alvey at cameron.s.alvey.civ@us.navy.mil or 757-341-6232 for further details.